Search Contract Opportunities

TIN006 Replace Plumbing and Fire Protection Systems (B150)   10

ID: W911KB24R0040 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Presolicitation Notice

PROJECT: REPLACE PLUMBING AND FIRE PROTECTION SYSTEMS (B150), TIN CITY, ALASKA
(TIN006)

Set Aside Type: 100% Small Business

PSC Code: Z2AZ REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITY AND
SERVICE BUILDINGS

NAICS Code: 236220 Commercial and Institutional Building Construction

Small Busiess Size Standard: $45,000,000.00

Solicitation Number: W911KB24R0040

Posted Date: 1 May 2024

Original Response Date: 14 June 2024 (For Phase 1 proposals)

This is a 2 Phase Design Build pre-solicitation notice for a Design and repair of the plumbing and fire
protection systems within composite building B150, Tin City Long Range Radar Site (LRRS), Tin City,
Alaska. The Tin City LRRS is located near the western tip of the Seward Peninsula approximately 650
air miles northwest of Anchorage, AK, a logistically challenging, remote location accessible only by air
and/or barge. Building B150 is 4 stories, with the third story unoccupied. The facility was originally
designed for over 300 personnel to operate this remote radar site, however, is minimally manned for
maintenance of the facilities. The building occupancy and use will not change. Design and repairs
include replacement of the existing fire sprinkler system, plumbing systems, and will incorporate all
related architectural, structural, electrical, and other necessary supporting disciplines to complete the
design and repair. The repair will need to accommodate for minimal impacts to existing operations
within the facility, including the establishment of a complete temporary kitchen to support meal
preparation and cleanup when the permanent kitchen is shut down for plumbing repairs.

The estimated dollar magnitude of this project is anticipated between $15,000,000 and $20,000,000.
The performance period will be approximately 730 calendar days. The procurement will be conducted
using source selection procedures and the award will be based on best value tradeoff source selection
procedures, considering the price and non-price factors cited in this announcement and the solicitation.

Phase 1 will be issued on or about 16 May 2024 with a closing date of 14 June 2024. The most highly
qualified offerors selected in Phase 1 will be invited to submit a Phase 2 proposal. There is no stipend
authorized for this procurement.

All Offerors must be registered in the System for Award Management (SAM)
(https://www.sam.gov/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors
are advised to begin this process when they prepare their proposal in order to ensure this registration is
in place should they be selected for the award. Lack of registration in the SAM database will make an
Offeror ineligible for award.
Anticipated NTP: 07 October 2024 with a 730 calendar-day period of performance; the Davis Bacon Act
will apply.

(1) PROJECT INFORMATION: Design and repair of the plumbing and fire protection systems within
composite building B150, Tin City Long Range Radar Site (LRRS), Tin City, Alaska.

(2) SELECTION CRITERIA: Evaluation criteria to be listed in the solicitation are anticipated to be:

Phase 1:

Factor 1 Past Performance (Confidence Statement)
Factor 2 Organization & Management
Factor 3 Technical Approach

Phase 2:

Factor 1 Design and Engineering
Factor 2 Logistics and Temporary Facilities
Factor 3 Proposed Contract Duration and Summary of Schedule
Factor 4 Price and Pro Forma Information

The Government will evaluate qualifications in accordance with the criteria described in the RFP and
will award a single firm fixed-price contract to that responsible Phase 2 Offeror whose proposal the
Source Selection Authority determines conforms to the solicitation and offers the best overall value to
the Government, considering the non-price factors described in the RFP, and price, however the
contract award may not exceed the contract cost limitation identified in Section 00 21 00 for this project.

(3) OBTAINING THE SOLICITATION: The Phase 1 solicitation for this project will be provided in
electronic format only and is currently scheduled to be available for download on or about 16 May 2024
at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml via
Solicitation number (W911KB24R0040). Any future amendments to the solicitation will also be available
for download from this website. All responsible sources may submit an offer which will be considered by
the agency. All notifications of changes to this solicitation shall be made through the internet only. It is
the Offeror's responsibility to check for any posted changes to this solicitation.

NOTE: Electronic proposal submissions will only be accepted via the PIEE Solicitation Module website
at: https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Search via Solicitation Number Search
W911KB24R0040. IN ORDER TO SUBMIT A PROPOSAL, VENDORS MUST REGISTER IN THE
PIEE SYSTEM AND MUST HAVE A PROPOSAL MANAGER ROLE ESTABLISHED. ADDITIONAL
INFORMATION REGARDING PROPOSAL MANAGER, PROPOSAL MANAGER FUNCTIONS AND
POSTING OFFERS CAN BE FOUD AT
https//pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml

Point of Contact:

Mark Corn, 907-753-2817
Email: mark.r.corn@usace.army.mil

Place of Performance: Tin City, Alaska

Background
This is a 2 Phase Design Build pre-solicitation notice for a Design and repair of the plumbing and fire protection systems within composite building B150, Tin City Long Range Radar Site (LRRS), Tin City, Alaska. The Tin City LRRS is located near the western tip of the Seward Peninsula approximately 650 air miles northwest of Anchorage, AK, a logistically challenging, remote location accessible only by air and/or barge. Building B150 is 4 stories, with the third story unoccupied. The facility was originally designed for over 300 personnel to operate this remote radar site, however, is minimally manned for maintenance of the facilities. The building occupancy and use will not change.

Work Details
Design and repairs include replacement of the existing fire sprinkler system, plumbing systems, and will incorporate all related architectural, structural, electrical, and other necessary supporting disciplines to complete the design and repair. The repair will need to accommodate for minimal impacts to existing operations within the facility, including the establishment of a complete temporary kitchen to support meal preparation and cleanup when the permanent kitchen is shut down for plumbing repairs.

Period of Performance
The estimated dollar magnitude of this project is anticipated between $15,000,000 and $20,000,000.
The performance period will be approximately 730 calendar days.

Place of Performance
Tin City, Alaska

Overview

Response Deadline
May 15, 2024, 6:00 p.m. EDT Past Due
Posted
May 1, 2024, 12:42 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Shishmaref, AK 99772 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$15,000,000 - $20,000,000 (value based on agency estimated range)
Odds of Award
88%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/1/24 USACE Alaska District issued Presolicitation W911KB24R0040 for TIN006 Replace Plumbing and Fire Protection Systems (B150) due 5/15/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AZ.
Primary Contact
Name
Mark Corn   Profile
Phone
(907) 753-2817

Secondary Contact

Name
Theresa AFRANK   Profile
Phone
(907) 753-2739

Documents

Posted documents for Presolicitation W911KB24R0040

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W911KB24R0040

Award Notifications

Agency published notification of awards for Presolicitation W911KB24R0040

Contract Awards

Prime contracts awarded through Presolicitation W911KB24R0040

Incumbent or Similar Awards

Contracts Similar to Presolicitation W911KB24R0040

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W911KB24R0040

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W911KB24R0040

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > W2SN ENDIST ALASKA
FPDS Organization Code
2100-W911KB
Source Organization Code
100513801
Last Updated
May 31, 2024
Last Updated By
mark.r.corn@usace.army.mil
Archive Date
May 30, 2024